Loading...
R14-0191 G E 7 E c 1C 11 1c 1: 14 1 I 1E 17 1E 1� 2C 21 22 21 24 2E 2E 27 2E 2c 3C RESOLUTION NO. R14 -019 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF A CONTRACT TO B & B UNDERGROUND CONTRACTORS, INC., OF ROYAL PALM BEACH, FLORIDA FOR THE CONSTRUCTION OF THE REGIONAL LIFT STATION AT PENCE PARK, BID #018-2821 - 14/DJL, IN THE AMOUNT OF $1,078,074.62 PLUS A 10% CONTINGENCY IN THE AMOUNT OF $107,807.46, IF NEEDED, FOR A TOTAL BUDGET APPROPRIATION OF $1,185,882.08; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on January 22, 2014, Procurement Services received and opened six (6) bid proposals in response to #018 - 2821 -14 /DJL for "Regional Lift Station at Pence Park "; and WHEREAS, the City's staff and the City's Construction Manager for the project, Mathews Consulting, reviewed and evaluated the bid proposals; and WHEREAS, as a result of the bid evaluation -due diligence performed staff is recommending the award of the contract to B & B Underground Contractors, Inc., of Royal Palm Beach, Florida who was the lowest, most responsive, responsible bidder who met all qualifications; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens of the City of Boynton Beach to award a contract to B & B Underground Contractors, Inc., of Royal Palm Beach, Florida for Bid #018- 2821 -14 /DJL "Regional Lift Station at Pence Park ", in the amount of $1,078,074.64 with a 10% contingency in the amount of $107,807.46 for a total budget appropriation of $1,185,882.08. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF \ \apps3 city. cbb \auto \Data\206 \Items \197\2906 \3682 \Reso_ _Award_Contract_to_B_and_B_ Underground _(Pence_Park_Lift_Station).doc THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as :3 being true and correct and are hereby made a specific part of this Resolution upon adoption 4 hereof. .ii Section 2. The City Commission of the City of Boynton Beach, Florida does to hereby award a contract to B & B Underground Contractors, Inc., of Royal Palm Beach, Florida for Bid #0 1 8-2821-14/DJL "Regional Lift Station at Pence Park ", in the amount of $1,078,074.64 with a 10% contingency in the amount of $107,807.46 for a total budget 9 appropriation of $1,185,882.08, a copy of which is attached hereto as Exhibit "A ". 11) Section 3. The City Manager is authorized to execute the contract on behalf of 1 I the City Commission. 12 Section 4. This Resolution shall become effective immediately upon passage. 1:3 14 {REMAINDER OF PAGE INTENTIONALLY LEFT BLANK} \ \apps3.city.cbb\auto \Data\206 \Items \197\2906\ 3682 \Reso_ _Award_Contract_to_B_and_B_ Underground _(Pence_Park_Lift_station) doc iI I PASSED AND ADOPTED this 18 day of February, 2014. 2 :3 4 S �R a 1(I 1' 1:t 1� U1 1 E� 1� CITY OF BOYNTON BEACH, FLORIDA jyor r Vice Mayor — Wood w L. a Commissioner — David T. Merker 1f' 20 2' 2. 2:, 2� - ATTEST: 2! -� 2E� l 4 „ • 2.' Ty' �• 2S Jane . Prainito, MMC 2s, Clerk 3('( 3' Ag Commissioner — Michael M. Fitpatrick Co issioner — Joe Casello \ \apps3 city cbb\ auto \Data\206 \Items \197\2906 \3682 \Reso = Award_Contract_to_B_and_B_ Underground _(Pence_Park_Lift_Station).doc rw R v4- D 19 Tell. P ri 2. 2 CONSTRUCTION CONTRACT REGIONAL LIFT STATION AT PENCE PARK ascertaining such damages with a certainty. CITY and CONTRACTOR also recognize and acknowledge the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the CITY if the WORK is not completed on time. Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay the CITY, Twelve- Hundred Dollars ($1,200) for each day that expires after the time specified in paragraphs 3.1 for substantial completion until the WORK is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining WORK within the Contract Time or any proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY Twelve- Hundred Dollars ($1 for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. CITY shall pay CONTRACTOR, for faithful performance of the Contract, in lawful money of the United States of America, and subject to the additions and deductions as provided in the Contract Documents, a total sum as follows: Based on the Contract prices shown in the Bid Form submitted to the CITY as subsequently revised and as stated herein, a copy of such Bid Form being a part of the Contract Documents, the aggregate amount of this Contract (obtained from either the lump sum price, the application of unit prices to the quantities shown in the Bid Form or the combination of both) not to exceed: One - Million. Seventy -eight thousand. Seventy -Four Dollars and sixty -two cents. (Written) $1.078.074.62 (Numerical) CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. CITY will process Applications for Payment as provided in the General Conditions. 5.1 Progress Payments. CONTRACT may submit an Application for Payment as recommended by CONSULTANT, for WORK completed during the Project at intervals of not more than once a month. All progress payments will be on the basis of the progress of WORK measured by the schedule of values established in Paragraph 2.9.1 of the General Conditions and in the case of Unit Price Work based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements. 5.2 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of WORK completed, but, in each case, less the aggregate of payments previously made and less such amounts as CONSULTANT shall determine, or CITY may withhold, in accordance with paragraph 14.5 of the General Conditions. 5.3 CONTRACTOR shall submit with each Application for Payment, and updated progress schedule acceptable to the CITY and a Warranty of Title /release of liens relative to the Work that is the subject of the Application. Each Application for Payment shall be submitted to the CITY for approval. The CITY shall make payment to the CONTRACTOR within thirty (30) days after approval by the CITY of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. 5.4 Ten percent (10) of all monies earned by the CONTRACTOR shall be retained by CITY until fifty (50) percent completion of the construction services purchased (defined as that point at which fifty (50) percent of the construction of the work as defined in the Contract Schedule of Values has been performed under the contract by the CONTRACTOR) has been reached. 5.5 After fifty (50) percent completion of the construction work purchased under the Contract has been reached, five (5) percent of all monies earned by the CONTRACTOR shall be retained by the CITY until Final Completion and acceptance by CITY. 5.6 The CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: a. Defective Work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR. c. Failure of CONTRACTOR to make payments properly to SubCONTRACTORs or for material or labor. d. Damage to another CONTRACTOR not remedied. e. Liquidated damages and costs incurred by the CITY for extended construction administration. When the above grounds are removed or resolved or CONTRACTOR provides a surety bond or consent of Surety, satisfactory to the CITY, which will protect the CITY in the amount withheld, payment may be made in whole or in part. 5.7 Final Payment. Upon final completion and acceptance of the WORK in accordance with paragraph 14.10 of the General Conditions, CITY shall pay the remainder of the Contract Price as recommended by CONSULTANT as provided in paragraph 14.10. .1 • to _ CONTRACTOR warrants all work, materials and equipment shall be free from damages and/or defects owing to faulty materials or workmanship for a period of one (1) year after completion of the WORK covered by this Contract. The CONTRACTOR, free of all costs to the CITY, shall replace any part of the equipment, materials, or work included in this Contract, which proves to be defective by reason of faulty materials, damages, and /or workmanship within twelve (12) month period. 7.1 Invitation to Bid 7.2 Instructions to Bidders 7.3 Bid Forms (including the Bid, Bid Schedule(s), Information Required of Bidder, Approved Bid Bond, and all required certificates, affidavits and other documentation) 7.4 Contract 7.5 Contractor's Performance and Payment Bond 7.6 General Conditions 7.7 Special Conditions 7.8 Technical Specifications 7.9 Drawings 7.10 Addendum Nos. 1 Dated: 12/31/13, No. 2 Dated: 1/8/14, and No. 3 Dated: 1/15/14. ARTICLE 8. NOTICE: All notices required in this Contract shall be sent by certified mail, return receipt requested and if sent to the CITY shall be mailed to: City of Boynton Beach Utilities Department Attn: Jose Huertas, Project Manager 124 E. Woolbright Road Boynton Beach, FL 33425 Tel (561) 742 -6487 Fax (561) 742 -6298 Copy to: Procurement Services Division Attn: Director of Financial Services City of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach FL 33425 Tel (561) 742 -6311 Fax (561) 742 -6316 And if sent to the CONTRACTOR shall be mailed to: B & B UNDERGROUND CONTRACTORS, INC. 585 105`" Avenue North, Unit 16 Royal Palm Beach, FL. 33411 Attn: Stephen Decker Tel: 561 -204 -9335 Fax: 561- 204 -9039 - r In consideration of Twenty -Five Dollars ($25.00) in hand paid and other valuable consideration, receipt of which is hereby acknowledged, CONTRACTOR agrees to defend, indemnify and hold harmless the CITY, its agents and employees, in accordance with paragraph 6.17 of the General Conditions which is incorporated herein and made a part hereof as if fully set forth herein. it is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statutes 725.06. It is further the specific intent and agreement of said parties that all of the Contract Documents on this Project are hereby amended to include the foregoing indemnification and the Specific Consideration. Should the completion of this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of consulting and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion. All such expenses for consulting and inspection incurred by the CITY will be charged to CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Contract. Said expenses shall be further defined as CONSULTANT charges associated with the construction contract administration, including resident project representative costs. Article 11. MISCELLANEOUS. 11.2 CITY and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. • 12.1 The City of Boynton Beach is a public agency subject to Chapter, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 2. Provide the public with access to such records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statute, or as otherwise provided by law; Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except a.- authorized by law; and 4. Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 12.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 17. thAL W F11A IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of A0 tv Attest/Authenticated: City 7 C erk MUMS= , 20 -av ont or 5 - I j Title (Corporate Sea!) .,,.. 0 BOND N0.:0088833 PERFORMANCE BOND NOTE: Bonds must be recorded in the Legal Records Department of Palm Beach County, Florlda. Proof of recordation must be submitted along with this Form. One (1) set of originals will be required. KNOW ALL MEN BY THESE. PRESENTS: thatB &B UNDERGROUND CONTRACTORS, INC. 585 105th AVE—N. UNIT 16 (insert name ofContractol ROYAL PALM BEACH, FL. 33411 as Principal, (address or legal title of Contractor) hereinafter called Contractor, and WESTFIELD INSURANCE COMPANY (name and address of Surety) 1 PARK CIRCLE, WESTFIELD CENTER, OH. 44251 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P.O. BOX 310, BOYNTON BEACH, FLORIDA 33425 -0310 as Obligee, hereinafter called Owner, in the amount of ONE MILLION SEVENTY EIGHT THOUSAND SEVENTY FOUR Dollars AND 62%100 - ($1,078,074.62 }, for payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written 8 reement dated 9 20. entered into a contract with Owner for BID NO. 01 8 -2821 -1 4 /DJL REGIONAL LIFT STATION A PENCE PARK In T' accordance with drawings and specifications prepared by WANTMAN GROUP, INC. which contract is by reference made a part of hereof, and is hereinafter referred to as the Contract, THIS ORM QHAL RJ EXE CUTED BY CONTRACTOR AND SUBMITTED AT AWARQ Boynton BeSCh utilities — Regional Lift Station at Pence Perk PFB- 9 I" FORM SHALUJI)JECUTED BY CONTRACTOR AND SUBMITTED ATAWA h Utilities RD Boynton Beach — Regional Lift Station at Pence Park PF8- 2 Utilities ...... ... . .......... ........ . ..... Signed and sealed this day of t You rKT- 14 , 20_Ll�, Afforney-m-Fact & AGENT ARTHUR K. BRODER THIS F SKALL BE EXECUTFp BY CONTRACTOR AND SUOMI BoYrIton Death U61itiea _ Flog ATAWARD lonal Li Station a( Pence Park L PF6_L3 .............. ............... 11-111-1 ........ NOTE. Bonds must be recorded in the Legal Records Department of Palm Eleach Court Florida. Proof of recordation muat be submitted along with this Form. Ono (1) set originals will be required, I THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: thatB&B UNDERGROUND CONTRACTORS, INC. 585 105th AVE.,N. UNIT 16 (insert name of Contractor) ROYAL PALM BEACH, FL. 33411 (address or legal title of contractor hereinafter called WESTFIELD INSURANCE COMPANY (name and address of Surety) 1070 "T mlia=- MM PARK CIRCLE, WESTFIELD CENTER, OH. 4425-1­__ as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P.O. BOX 310, BOYNTON BEACH, FLORIDA 33426-0310 as Obligee, hereinafter called Owner, for the use and benefit of claimants as herebelow defined, in the amount of ONE MILLION SEVENTY-EIGHT THOUSAND SEVENTY FOUR AND 62/100 Dollars ($ 1 , 078, 0 7 4), 6k payment whereof Principal anal Surety bind their s r I el heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. NOW THUREFORE, THra CONDITION OF THIS OBLIGATION ir. guch that, if Rincipal ghall promptly make payment to all claimants as hereinafter defined, for all labor nd material used or reasonably required for use in the performance of the Contract, then this obligation shall be null THIS FOR TRACTOR AND SUBMITTED AT AWARD Boynton Beach Utilitles - Reglonal Lift Station at Pence Park PYB_ I .............. ...... W1 NO W M 41 "MMUN L"I -J;�J 0 LQJMr4*JVJM I Ir 11 PIE410014111MMI NJ M we 1 0 6110141111016 NO OW TMOTTIMUIng uonmleu Lu Inclue inuf parf • water, g2G, power, light, heat� oil, gasoline, telephone service or rental of equipment directrg r• a/ to the Contract. . I a b. After the expiration of one (1) year following the date on which Principal ceased work on ouch Contract, it boing understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equa(to the minimum period of limitation permitted by such law, c. Other than in a State Court of competent jurisdiction - In and for the County or other political subdivision of the State in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of a payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics liens which may be filed of record against such improvements, whether or not claim for the amount of such lien be presented under and against this bond. B&_ �R OUND CONTRACTORS, INC. dncipal (Seal) A.O'NEAL BATES, PRESIDENT WESTFIELD INSURANCE COMPANY Surety Attorney-In-Fact & AGENT ARTHUR K. BRODER • 9 of DAVIE and State of FL Its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in Its name, Place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other Instruments or contracts of suretyship - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - LliMI:TAT.I,OW THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "8e it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on-behalf of the Co(pany subject to the following provisions: rho Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." '6e It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or fac imile s seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS !NSURANCc COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 25th day of APRIL A.D., 2005 . On this 261h day of APRIL A.D., 2005 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn,.did depose and say, that he resides In Medina, Ohio; that he Is SeniorlExecutive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals, that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal a �� A L'ti Affixed A P,.• s 1 v State of Ohio � William J. Kahelin, A rney at Law, Notary Public � County of Medina ss.: '+N� ,g�11 My Commission Does. Not Expire (Sec. 147.03 Ohio Revised Code) % OF ® I, Frank A, Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which Is -still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of -Attorney are in full force and effect. In Witness Whereof, : have hereunto set my hated and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., ®eey+ suoi N w,««leerlte. + ••°^ d ,.•a�(10 • AL i •' ` ° °''. 11 ~ �� KAL �'a 184® L,e •� =• 9 Frank A. Carrino, ecret Se BBUND -1 OP ID: R3 AcR CERTIFICATE F LIABILITY INSURANCE I DATE (MMIDDIYYY1f) 02!27!14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER 954- 776-22221 NAME: Brown & Brown of Florida, Inc. PHONE FAX 1201 W Cypress Creek Rd # 130 954 - 7764446 LA/C. No. Fx r t: I (A/C, No): P.O. Box 5727 E-MAIL Ft. Lauderdale, FL 333103727 ADDRESS: Daniel A. Touchet I INSURER(S) AFFORDING COVERAGE NAIC # I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES )Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Bid No. 011- 2821- 14/DJL- Regional Lift Station at Pence Park The City of Boynton Beach is additional insured with respect to General Liability if required by written contract. CERTIFICATE HOLDER CANCELLATION The City of Boynton Beach Procurement Services PO Box 310 Boynton Beach, FL 33425 ACORD 25 (2010105) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INSURER A : National Trust Insurance Co 20141 INSURED B &B Underground Contractors, INSURER B :FCCI Commercial Ins Co 33472 Inc I INSURER C: FCCI Insurance Company 10178 585 105th Ave N Unit 16 Royal Palm Beach, FL 33411 INSURER D: INSURER E : I INSIIRER F: I COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER LTR 4R WVn POLICY NUMBER �M POLICY EFF POLICY EXP IMMIDD/YYYY) IMM /DD/YYYYI OMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X GL00132622 04/01/13 04/01/14 DAMAGE TO RFN LED PREMISES (Ee occurrence) $ 300 +000 CLAIMS -MADE ® OCCUR I MED EXP (Any one person) $ 5,000 I PERSONAL & ADV INJURY $ 1,000,000 _ I GENERAL AGGREGATE I $ 2,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: I PRODUCTS - COMP /OP AGG I $ 2,000,000 POLICY I PF � F LOC I I $ AUTOMOBILE LIABILITY I CO (Ea a MBINED SINGLE LIMIT I ccident) $ 1 + 000 000 + B AN Y AUTO CA00206692 04/01/13 04/01/14 I BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILYINJURY(Peraccident) S AUTOS AUTOS HIRED AUTOS X NON -OWNED JX AUTOS I PROPERTY DAMAGE $ (Per accident! IPIP $ 10,000 X UMBRELLA LIAR X OCCUR I EACH OCCURRENCE $ 5,000,000 A EXCESS LLAB CLAIMS -MADE UMB00141612 04/01/13 04/01/14 I AGGREGATE $ 5,000,000 DED I X I RETENTION $ 10,000 I $ WORKERS COMPENSATION I X I LIMITS I J � AND EMPLOYERS' LIABILITY YIN 001WC13A68265 C TORY ER 04/01/13 04/01/14 I 1,000,000 ANY PROPRIETOR/PARTNER /EXECUTIVE F E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDE[ N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEEI $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES )Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Bid No. 011- 2821- 14/DJL- Regional Lift Station at Pence Park The City of Boynton Beach is additional insured with respect to General Liability if required by written contract. CERTIFICATE HOLDER CANCELLATION The City of Boynton Beach Procurement Services PO Box 310 Boynton Beach, FL 33425 ACORD 25 (2010105) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD